Contract notice

Information

Published

Date of dispatch of this notice: 18/06/2020

Expire date: 17/08/2020

External Reference: 2020-245755

TED Reference: 2020/S 119-288139

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Dublin City Council
N/A
Civic Offices, Wood Quay
Dublin 8
Dublin
IE
Contact person: Tim Linehan
Telephone: +44 12222222
Fax: +44 12222695
Internet address(es):
Dún Laoghaire-Rathdown County Council
County Hall, Marine Road, Dún Laoghaire,
Co. Dublin
A96 K6C9
IE
Contact person: Gerry Flaherty
Internet address(es):
I.2)

Joint procurement

The contract involves joint procurement
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=166939&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Regional or local authority
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Multi-Party Framework Agreement for Carrying out Roadworks in a City and Suburban Environment for Contracts greater than €1m and less than €5m (2020-2023)
Reference number:  RFT169625
II.1.2)

Main CPV code

45233120  -  Road construction works
II.1.3)

Type of contract

Works
II.1.4)

Short description

Works will involve general road construction works including roadway construction & repairs (flexible, rigid & permeable paving), Footway construction, repairs & refurbishment (including concrete, bituminous, brick, flags, granite etc.), Installation of kerbing and road channels, Road resurfacing and high friction antiskid surfacing and associated work including planing, regulation course, geogrids etc. Other ancillary works including installation of ducts, pipelaying, diversion of services,, construction of manhole chambers, traffic calming measures, erection of public lamp standards, landscaping, construction of cycleways and installation of traffic signals.
II.1.5)

Estimated total value

Value excluding VAT: 60000000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

03452000  -  Trees
14212410  -  Topsoil
45111250  -  Ground investigation work
45112100  -  Trench-digging work
45112210  -  Topsoil-stripping work
45112700  -  Landscaping work
45112710  -  Landscaping work for green areas
45112730  -  Landscaping work for roads and motorways
45213315  -  Bus-stop shelter construction work
45221111  -  Road bridge construction work
45231300  -  Construction work for water and sewage pipelines
45232130  -  Storm-water piping construction work
45232450  -  Drainage construction works
45232451  -  Drainage and surface works
45232452  -  Drainage works
45233100  -  Construction work for highways, roads
45233121  -  Main road construction works
45233124  -  Trunk road construction work
45233125  -  Road junction construction work
45233140  -  Roadworks
45233141  -  Road-maintenance works
45233142  -  Road-repair works
45233150  -  Traffic-calming works
45233161  -  Footpath construction work
45233162  -  Cycle path construction work
45233220  -  Surface work for roads
45233223  -  Carriageway resurfacing works
45233253  -  Surface work for footpaths
45233290  -  Installation of road signs
45233291  -  Installation of bollards
45233292  -  Installation of safety equipment
45233293  -  Installation of street furniture
45233294  -  Installation of road signals
45316110  -  Installation of road lighting equipment
II.2.4)

Description of the procurement

Works to be carried out under the Framework Agreement may include some or all of the following activities:
i) Installation of ducts and construction of chambers
ii) Roadway construction & repairs (flexible, rigid & permeable paving)
iii) Footway construction, repairs & refurbishment (including concrete, bituminous, brick, flags etc.)
iv) Installation of kerbing and road channels
v) Road resurfacing and high friction antiskid surfacing and associated work including planing,
regulation course, geogrids etc.
vi) Granite paving including antique granite flags
vii) Construction of gully pots and manhole chambers
viii) Pipelaying including foul sewers, surface/stormwater pipelines and filter drains
ix) Diversion of services
x) Road and street improvements (including widening and narrowing)
xi) Traffic management including development & implementation of Traffic Management Plans
xii) Installation of Public Lighting columns & associated works
xiii) Installation of tactile paving and dishing’s
xiv) Road markings & signage
xv) Installation of traffic islands including traffic signals.
xvi) Installation of bollards, pedestrian barriers, street furniture, gates, cycle parking & shelters etc.
xvii) Construction of walls and related works
xviii) Traffic Signal Improvement
xix) Trial Holes/Site Investigations/Service Investigations/Geo-Referencing/Noise & Vibration
Control
xx) Construction & upgrade of Bus Stops
xxi) Construction of on-road and off-road cycle tracks and cycle lanes
xxii) Construction of cycleways and greenways
xxiii) Installation and upgrade of pedestrian crossings
xxiv) Traffic calming measures including ramps, build outs etc.
xxv) Road and footpath reinstatement work
xxvi) Landscaping including spreading of topsoil, tree planting, construction of tree pits etc.
xxvii) Sewer relining & rehabilitation works
xxviii) CCTV survey work
xxix) Watermains upgrading works
xxx) Replacement of defective manhole
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 60000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
The Framework is for thirty six (36) months with the option to extend for an additional twelve (12) months subject to annual, periodic and other reviews.
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 10
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

Please consult the associated documentation, which contains full instructions regarding the submission of questionnaires and is available to download from www.etenders.gov.ie using RFT ID 169625

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  Please consult the associated documentation, which contains full instructions regarding the submission of questionnaires and is available to download from www.etenders.gov.ie using RFT ID 169625
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please consult the associated documentation, which contains full instructions regarding the submission of questionnaires and is available to download from www.etenders.gov.ie using RFT ID 169625

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  8
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  10/08/2020
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English, Irish

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
2024
VI.2)

Information about electronic workflows

Electronic payment will be used
VI.3)

Additional information

Refer to attached document Additional Information for etenders Notice, which is available to download from www.etenders.gov.ie using RFT ID 169625
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
Chief Registrar, High Court, Inns Quay
Dublin
Dublin 7
IE
Telephone: +353 18886000

VI.4.2)

Body responsible for mediation procedures

Please consult with your solicitor
Dublin
IE

VI.4.4)

Service from which information about the review procedure may be obtained

Please consult with your solicitor
Dublin
IE